Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 20,1999 PSA#2414

Directorate of Contracting, Attn: AFRC-FM-DC, 2103 South 8th Avenue, Fort McCoy, WI 54656-5153

66 -- MICRO-DOSE X-RAY INSPECTION SYSTEM, MDL: 66Z SOL DAKF61-99-Q-0155 DUE 090799 POC Linda Marten, Contract Specialist, (608)388-2705 or Brenda Heuer, Contracting Officer, (608)388-3203. E-MAIL: Click here to e-mail Contract Specialist., linda. marten@emh2.mccoy.army.mil. This is a COMBINED SYNOPSIS/SOLICITATION for a Commercial Item prepared in accordance with the Simplified Acquisition Procedures in FAR 13 and the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the ONLY solicitation; quotes are being requested and a written solicitation WILL NOT be issued. This solicitation is issued as a request for quotations (RFQ) under DAKF6199Q0155. This request for quotations and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 97-11. This action is Set Aside for 100% Small Business, the Standard Industrial Classification (SIC) code is 3844 with a size of 500 employees. A firm-fixed contract is anticipated for one (1) line item. CLIN 0001: MICRO-DOSE X-RAY INSPECTION SYSTEM, MODEL: 66Z. SPECIFICATIONS INCLUDE: Mandatory features: Backscatter and Transmission X-ray Detection. Operators Console: Two high-resolution 14-inch non-interlaced color monitors. System Performance: Penetration must be equivalent to 25mm (1") steel. Complete coverage of objects in tunnel no corner cutoff. Detection Capability: Separate Backscatter display monitor clearly shows explosives, drugs, and plastics even when hidden in a complex X-ray background. Detection Features: Zoom: 2x-4x magnification with joystick control to roam continuously through full field of view. Reverse Video: Control to reverse polarity of white and black contrast. Density Expand: Three controls for enhanced contrast of thin, medium or thick regions of interest. The system must be slender and mobile to allow it to be moved through standard doorways and to be conveniently relocated to security checkpoints for special events. Must be able to inspect small packages, mail, and hand-held baggage. This equipment will be located in our US Postal Office at Fort McCoy, WI. Therefore, this equipment must be able to detect metal weapons, hidden organics such as plastic weapons, plastic explosives or weapons of mass destruction (WMD), to include chemicals and biologicals. Unit will not accept bids that reference color-coded detection systems. The full text of provisions and clauses incorporated herein can be accessed electronically at the following site: http://farsite.af.mil. The provisions at FAR 52.212-1, Instructions to Offerors-Commercial (no addenda), and FAR 52.212-3, Offeror Representations and Certifications-Commercial Items apply to this acquisition. The provision at FAR 52.212-2 Evaluation-Commercial Items is included. Paragraph (a) is completed as follows: The factors to be used in the evaluation of offers are (i) technical capability of the item to meet stated requirements, (ii) price, and (iii) past performance paragraph (b) is completed as follows: Technical and Price factors are similar in value and are significantly higher in value than past performance. To evaluate technical capability of item offered, offeror must submit literature demonstrating product's physical and performance features. FAR 52.212-4, Contract Terms and Conditions Required to Implement Statues or Executive Orders-Commercial Items applies with the following applicable clauses in paragraph (b) 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam Era; 52.222-36, Affirmative Action for workers with Disabilities; 52. 222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era; 52.232-33, Payment by Electronic Funds Transfer-Central Contract Registration. The clause at FAR 52.219-6, A Notice of Total Small Business Set-Aside applies. DFARS Clause 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items applies with the following applicable clauses in paragraph (b) 252.225-7001, Buy American Act and Balance Payments Program. Also included are the following DFARS Provisions and Clauses: 252.204-7004, Required Central Contracting Registration; 252.225-7000, Buy American Act-Balance of Payments Program Certificate. In accordance with FAR 39.106, the contractor shall ensure the offered product and all Information Technology (IT) contained therein shall be Year 2000 Compliant.***** PARTIES INTERESTED IN RESPONDING TO THIS RFQ may submit their quote in accordance with standard commercial practice (i.e. quote form, letterhead, etc.). MUST INCLUDE THE FOLLOWING INFORMATION: Solicitation Number (DAKF61-99-Q-0155), offeror's complete mailing address and remittance address, discount terms, unit price, anticipated delivery time after award, terms of any express warranty, literature demonstrating physical and performance features of offered product, DUNS number, and COMPLETE FAR 52.212-3. Quotes and applicable literature must be received at DBS, Contracting, 2103 South 8th Ave, Fort McCoy, WI, 54656-5153, NO LATER THAN 1630 Hours (CST) 7 Sept 1999. Person to contact for additional information regarding the RFQ is LINDA MARTEN, Contract Specialist, (608) 388-2705, FAX: (608) 388-7080, e-mail: linda.marten@emh2.mccoy.army.mil Numbered Notes None. Posted 08/18/99 (W-SN369455). (0230)

Loren Data Corp. http://www.ld.com (SYN# 0354 19990820\66-0006.SOL)


66 - Instruments and Laboratory Equipment Index Page